Loading...
93-20981 Reso / .. "' II . , , ~ 'b80LUTION NO. 93-20981 J;~ , , , A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CAMP DRESSER AND MCKEE, INC. FOR PROFESSIONAL ENGINEERING SERVICES FOR A WATER SYSTEM MASTER PLAN AND FOR PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS. \ '~';"~~;~ '<i WHEREAS, the City of Miami Beach (City) issued a Request for Letters of Intent (RFLI No. 94-92/93) for a Citywide storm Water Management Plan, Citywide Sanitary Sewer Infiltration and Inflow Analysis and Mitigation Plan, and a Citywide Water Main Network Analysis; and WHEREAS, Camp Dresser and McKee, Inc., (Consultant) submitted a proposal in response to the City I S Request for Letters of Interest; and WHEREAS, the city and Consultant have negotiated the Agreement attached and incorporated hereto as Exhibit "A". NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Clerk are authorized to execute the Agreement attached hereto with Camp Dresser and McKee, Inc. for professional engineering services for the provision of a water system master plan and for program management of Citywide infrastructure improvements. . s PASSED and ADOPTED this day of 1993. " ATTEST: rtvl~ [.~ CITY CLERK c:\wp51\data\campdresser.res / . , CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER ORIVE MIAMI BEACH FLORIDA 33139 OFFICE OF THE CITY MANAGER TELEPHONE: (305) 673.7010 FAX: (305) 673.1782 TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. ~8oA3 Mayor Seymour Gelber and Members of the City Commission DATE: December I, 1993 Roger M. CaM.__fL'A . /) I . City Manage;"~ OfJ'~1Id-t~ CONTRACf AWARDS TO CAMP DRESSER & McKEE INC. FOR 1) WATER SYSTEM MASTER PLAN, AND 2) PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS. . ADMINISTRATION RECOMMENDATION It is recommended that the City Commission authorize entering into contracts with Camp Dresser & McKee Inc (CDM) to provide engineering services to 1) complete a Master Plan for water system upgrades and improvements 2) provide overall program management for coordinating the Infiltration Inflow Program, the Storm Water Master Plan, the Pump Station Upgrades and the Waterline Improvements with upcoming State, County and City of Miami Beach roadway improvements. Services for the Water System Master Plan will be provided for a lump sum fee of $289,775. Services for the program management will be completed on a negotiated task basis, based on scheduled rates included in the contract as Schedule "B," It is recommended that a fee of $50,000 be authorized for Phase I . Overall Program Mobilization and Data Collection and Organization. BACKGROUND On September 22, 1993, the City Commission authorized entering into contract negotiations with the engineering firm of Camp Dress & McKee Inc. (CDM) to provide engineering services to complete a network analysis and master plan for improvements and upgrades to the City water systems and to provide program management and coordination of the ongoing water, sewer and pump station programs as they may relate to proposed roadway improvements by FOOT, Dade County and the City of Miami Beach. WATER SYSTEM MASTER PLAN As indicated in the attached scope of services titled "Water System Master Plan," the consultant will evaluate the components of the City's portable water system, including supply, storage and distribution, looking at condition of existing facilities, as well as requirements for future needs and develop a comprehensive five year improvement program. 47 AGENDA ITEM DATE 12-1-93 / ~, " . , , " Commission Memorandum Page Z December 1, 1993 The master plan report, as a minimum will address the following issues: ~ 20 year planning period ~ Existing water system ~ Population projections ~ Analysis of water consumption data ~ Land use development activities ~ Water demand projections ~ Fire flow requirement ~ Comprehensive Network Analysis of Distribution System and Force Main Waste Water System ~ Evaluation of Water system components, supply storage and distribution ~ Required improvements for existing and new components ~ Regulatory issues ~ Financing alternatives and five year pro-forma for the water system. Phase II final design will be negotiated in accordance with the recommendations of the master plan. The fee will be brought to the City Commission within eleven (11) months as a final report on upgrading the City water system. PROGRAM MANAGEMENT The City is in the process of planning and implementing four (4) major infrastructure projects dealing with improvements to sanitary sewers, storm water drainage facilities, pump station upgrades and water main improvements. In addition, there are extensive street reconstruction and resurfacing projects scheduled for the near future. Camp Dresser & McKee, Inc (COM) is currently working for the City in providing plans and specifications for water and sewer pump station rehabilitation and upgrades. As part of the capacity design of the pump stations, it is critical that any major increase or decrease in sanitary sewer or water transmission flow be considered. There will be inflow decreases as part of the Inflow & Infiltration rehabilitation, all of which must be coordinated with the pump station design. Also, as part of the pending sewer moratorium, transmission facilities and pump station capacities must meet certain Federal EPA standards as part of the building permit process. This program management phase will insure that all related factors are taken into consideration in the individual contracts. 4t:l or ,'I '" . , Commission Memorandum Page 3 December I, 1993 The following is a list of major tasks which would be performed as part of this program. . Review the scopes and schedules of the three utility projects and the streets improvement project to assure that all projects are fully coordinated and meet the City's requirements. The administration must avoid repairing a street before the utilities are upgraded. . Coordination of the scheduling and the results of the infiltration/inflow analysis and the required sewer renovation and replacement work with the ongoing design of the wastewater pump stations upgrades and the individual street improvement projects. . From the two utility projects (water and waste water) and the pump station upgrades design review, evaluate and develop a lists of recommended construction projects with estimated costs necessary to complete the detailed utility rate study. This study would be used as the basis for determining the size of a bond issue to finance the improvements. . Provide to the City and its financial consultants all engineering data and information required in the development of the bond issue program. . Prepare the Consulting Engineer's Report for the bond issue. . At the City's request provide construction engineering and resident project representative services for utility construction projects. The scope of work will also include overall project coordination and management to insure that work on all three projects is done in anticipation of surface improvements. Because of potential unforseen variables that can occur in this phase of the contract, it is impossible to establish a complete scope of work. Fees will be negotiated on a task basis using a fIXed rate schedule made part of the contract. Task I will be on a time charge basis with a maximum fee of not to exceed $50,000. 49 Commission Memorandum Page 4 December I, 1993 In addition to the above listed items task, I will specifically address project mobilization and initial coordination with the City and its other consultants, to determine responsibilities and to develop a computerized preliminary performance schedule. The Consultant will review the scopes and schedules of the three utility projects so that they are coordinated in relation to each other and their impact on the City. These three schedules will be integrated with the streets improvement project, many segments of which are scheduled for the near future, such that all necessary utility improvements are in place prior to street reconstruction or paving. The infiltration/inflow analysis of the City's gravity sewer system has a direct bearing on the wastewater pump station upgrades project currently under design. The 1/1 Analysis must be managed so as to produce as much preliminary information as possible in regard to potential reduction in 1/1 flows to the several wastewater pump stations being upgraded. This information will provide for more accurate sizing of pumps and motor horsepowers. CONCLUSION In accordance with the attached scope of services titled "Water System Master Plan" and "Program Management for Infrastructure Projects," it is recommended that the City Commission authorize entering into contracts with Camp Dresser & McKee Inc. to provide engineering services for the Phase I Water System Master Plan and Task I Program Management for Infrastructure Projects. RMC\RAG\DR\mc c\mc:\cmjmmo\cd!DmnlIo.wtr 50 , : ,- , . , TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT FOR PROFESSIONAL ENGINEERING SERVICES FOR WATER SYSTEM MASTER PLAN AND PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS THIS CONTRACT made and entered into this \ ~ day of ~~ , 1993 by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida (hereinafter referred to as "City" or "Owner"), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, and CAMP DRESSER & McKEE INC., a Massachusetts corporation, whose address is 800 Brickell Avenue, Suite 710, Miami, Florida 33131 (hereinafter referred to as "Consultant"). WITNESSETH: WHEREAS, the City intends to conduct the WATER SYSTEM MASTER PLAN AND PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS (hereinafter referred to as the "Project"), and wishes to engage the Consultant for the Project as is set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of engineering and related professional services relative to this Project as more particularly hereinafter set forth, for study, design, preparation of Construction 0000-204-MW-AIPMB 11/11/93 ..,." -1- " Documents and Construction Administration Services and Field Representative Services, all as hereinafter stipulated, NOW THEREFORE, the City and Consultant in consideration of the mutual covenants and agreements herein contained, agree as follows: ARTICLE 1. DEFINITIONS: DUTIES AND RFSPONSmILITIES 1.1 CITY The "City" shall mean the City of Miami Beach ("City" or "Owner") and is a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. The City, as a governmental entity, is subj ect to the availability of funds and appropriation of funds by its legislative body and other governmental authorities or sources of revenue, in an amount to allow continuation of its performance under this Agreement. In the event of lack of funding for this Agreement for this project, this Agreement may be terminated by the City pursuant to the procedure set forth in Article 8 in its entirety. 1.2 CITY COMMISSION "City Commission" shall mean the governing and legislative body of the City. The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 0000-204-MW-AIPMB 11/ 11/93 ..,.,., -2- " 1.2.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein and any subcontracts made pursuant to this Agreement. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporate Consultant. 1.2.2 All City Commission approvals and authorizations shall be expressed by passage of an appropriate enabling resolution and, if an amendment, by the execution of an appropriate amendment to this Agreement. 1.3 CITY MANAGER The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized designees including a Proiect Coordinator and shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations (exclusive of those authorizations reserved to the Commission) to the Consultant. These authorizations shall include, without limitation: reviewing, approving, or otherwise commenting upon the schedules, plans, reports, estimates, contracts and other documents submitted to the City by the Consultant. 1.3.1 The City Manager shall review, approve, disapprove or otherwise comment upon the Consultant's Design and Construction Documents after they are submitted to the City by the Consultant. 0000-204-MW-AIPMB 11/11/93 .-, -3- 1. 3.2 The City Manager shall decide, in his professional discretion, matters arising pursuant to this Agreement, which are not otherwise expressly provided for in this Agreement, and he shall attempt to render administrative decision promptly to avoid unreasonable delay in the progress of the Consultant's work. 1.3.3 The City Manager shall additionally be authorized but not required at the request of the Consultant to reallocate monies already budgeted towards payment of the Consultant, providing, however, that he cannot increase the Consultant's compensation or other budgets established by this Agreement. The City Manager, in his administrative discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. The City Manager shall additionally be the sole representative of the City authorized to issue a notice to proceed as referenced in Article 3 herein. The City Manager may consider, comment upon or approve modifications in accordance with applicable laws and ordinances. 1.3.4 The City Manager may approve change orders which do not exceed the sum of ten thousand dollars ($10,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended) and which do not increase any of the budgets established herein. 1.4 PROPOSAL DOCUMENTS "Proposal Documents" shall mean the Request for Letter of Intent, 0000-204-MW-AIPMB 11/ 11/93 "..,,, -4- , . (RFLI) No. 94-92/93 for CITYWIDE STORM WATER MANAGEMENT PLAN, CITYWIDE SANITARY SEWER INFILTRATION AND INFLOW ANALYSIS AND MITIGATION PLAN, CITYWIDE WATER MAIN NETWORK ANALYSIS issued by the City in contemplation of this Agreement, together with all amendments thereto, if any, and the Consultant's proposal in response thereto ("Proposal") which are deemed as being incorporated by reference in this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, this Agreement shall prevail. 1.5 CONSULTANT The "Consultant" is herein defined as Camp Dresser & McKee Inc., a Massachusetts corporation, whose address is 800 Brickell Avenue, Suite 710, Miami, Florida 33131. 1.5.1 The Consultant for this project shall be duly licensed and admitted to practice professional engineering in this State pursuant to Chapter 481, Florida Statutes, and additionally possessing the requisite occupational licenses from the City and the County. All engineers required by the needs of this project shall be duly licensed and certified by the State of Florida to engage in this practice of engineering in this State. All special inspectors, if any, required by the needs of this project shall be duly certified, licensed and registered. 1.5.2 The Consultant shall be liable for the Consultant's services, 0000-204-MW-AIPMB 11/11/93 ""'7 -5- " responsibilities and liabilities of any sub-consultants, and any other person or entity acting under the direction or control of the Consultant. When the term "Consultant" is used in this Agreement it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. 1.6 BASIC SERVICES "Basic Services" shall include engineering consultation and advice of furnishing the customary environmental, civil, structural, electrical, mechanical, and architectural, and instrumentation services incidental thereto. Updated limits of consulting fees for this project shall be established by Amendment to this Agreement after completion of the Master Plan Report for the Water System and the Project Mobilization and Data Coordination task for the Program Management of Infrastructure Improvements. 1. 7 THE PROJECT "The Project" is herein defIned to mean two projects: (1) WATER SYSTEM IMPROVEMENTS, STARTING WITH A MASTER PLAN REPORT AND CONTINUING (AS NEEDED) TO DEVELOPMENT OF CONSTRUCTION DOCUMENTS (PLANS AND SPECIFICATIONS) AND SERVICES DURING CONSTRUCTION, AND (2) PROGRAM MANAGEMENT OF CITYWIDE INFRASTRUCTURE IMPROVEMENTS (WATER, SANITARY SEWER AND STORM WATER DRAINAGE), STARTING WITH PROJECT MOBILIZATION OOOQ-204-MW-AIPMB 11/11/93 hm57 -6- '. AND DATA COORDINATION PHASE, AND CONTINUING (AS NEEDED) TO SUBSEQUENT PHASES. 1.8 CONSTRUCTION COST BUDGET The "Construction Cost Budget" for the water system improvements portion of this project shall mean a sum which will be established by Amendment to this Agreement upon completion of the master plan report phase and will be the total construction cost to the Owner of all elements of the Project designed or specified by the Consultant and approved by the Owner, including at current market rates (with a reasonable allowance for overhead and profit), the cost of labor and materials and any equipment which have been designed, specified, selected or specifically provided for by the Consultant and approved by the City, and including a contingency allowance for unforeseen conditions but not to exceed ten percent (10%) of the Construction Cost, but not including the compensation of the Consultant and the Consultant's consultants, rights-of-way, the cost of land, materials testing services, bond insurance costs, and surveys. 1.9 PROJECT COST The "Project Cost" shall mean the total cost of the project to the Owner which represents construction costs, professional compensation, rights-of-way, land costs, if any, financing costs, materials testing services, surveys, and other miscellaneous Owner costs. 0000-204-MW-AIPMB 11/ 11/93 ;,"'" -7- '. 1.10 FORCE MAJEURE "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornados, flood, and total loss caused by fire and other similar unavoidable casualties, changes in federal, state or local laws, ordinances, codes or regulations, enacted after the date of this Agreement and having a substantial impact on the project, or other causes beyond the Consultant's control or by any other such causes which the Consultant and the City Commission decide in writing justify the delay. Provided, however, that market conditions, labor conditions, construction industry price trends and similar matters which normally impact on the bidding process shall not be considered a Force Majeure. 1.11 CONTRACTOR "Contractor" or "Contractors" shall mean those persons or entities responsible for performing the construction work or providing the materials, supplies and equipment identified in the bid and contract documents for the project. 1.12 CONTRACT FOR CONSTRUCTION "Contract for Construction" shall mean contracts with contractors. 1.13 CONSTRUCTION DOCUMENTS "Construction Documents" shall mean the final plans, contract forms, 0000-204-MW-AIPMB 111 11193 """" -8- " specifications, drawings, documents and diagrams submitted by the Consultant pursuant to Article 7 and approved by the City. 1.14 CHANGE ORDER "Change Order" shall mean the written order to the Consultant approved by the Owner as specified in this contract and signed by the Owner's duly authorized representative, authorizing a change in the project or the method and manner of performance thereof or an adjustment in the fees or completion dates, as applicable. 1.15 ADDffiONAL SERVICES "Additional Services" shall mean those services described in Section 2.2 herein, which have been duly authorized in writing by the City. 1.16 WORK "Work" shall mean all of the construction related work to be performed on the project pursuant to the contract documents and the construction bid documents. 1.17 BASE BID "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant and approved by the Owner as being within the Construction Cost Budget pursuant to the detailed cost estimate provided by the Consultant. "Base Bid" shall not include "Alternates". 0000-204-MW-AIPMB 11111193 ."'''' -9- . . " 't 1.18 SCHEDULES "Schedules" shall mean the various schedules attached to this Agreement and referred to in the Agreement, and are as follows: Schedule A: -- Schedule setting forth the Basic Consultant's Services, compensation, and schedule. Schedule B: The schedule of hourly rates of compensation for the Consultant for additional services, as submitted by the Consultant and approved by the Owner. Schedule C: -- Schedule setting forth duties and responsibilities of Engineer's Project Representative during construction. Amendments to any Owner approved schedule shall require the same formalities as amendments to the contract itself. ARTICLE 2. SCOPE OF SERVICES 2.1 BASIC SERVICES The Consultant's Scope of Services shall be as described in Schedule A. 2.2 ADDmONAL SERVICES The following services are not included in Basic Services unless so OOOQ-204-MW-AIPMB 11111193 moos7 -10- " identified in Schedule A. Any additional service must be authorized. Additional services will include the following services: 2,2.1 Preparing plans and specifications for alternate, separate or sequential bids or proposals, and providing extra services in connection with bidding, or construction prior to the completion of the Construction Documents Phase, when requested in writing by the City. 2.2.2 Making soil borings, boring test analysis and surveys. 2.2.3 Providing consultation concerning replacement of any work damaged by fire or other cause during construction, and furnishing services as may be required in connection with the replacement of such work. 2.2.4 Providing services made necessary by the default of the Contractor, or by major defects or deficiencies in the work of the Contractor, (provided Consultant promptly notified the City or Contractor of any such defects or deficiencies reasonably observed by Consultant), or by failure of performance of either the City or Contractor under the Contract for Construction. 2.2.5 Providing assistance to the City for permitting other than that as outlined in Schedule A with the various agencies having jurisdiction over the project. 2.2.6 Preparing documents for supplemental work, or to accommodate field conditions initiated at the City's request and outside the scope of the work specified in the Construction Documents, after commencement of the construction phase. ()()()()-204-MW -AIPMB 11/11/93 "'..." -11- '. 2.2.7 Making revisions in drawings, specifications or other documents when such revisions are inconsistent with written approvals or instructions previously given, that are required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents. If changes are required to be made because of error, oversight, inadvertence, clarification or discrepancy in the work of the Consultant, City shall not be liable to compensate Consultant for additional services in such connection. 2.2.8 Providing consultation concerning replacement of a new project or damage by fire or other cause during construction, and furnishing professional services of the type set forth herein as may be required in connection with the replacement of such work. 2.2.9 Providing professional services made necessary by the default of any contractor or sub-contractor in the performance of the Contract for Construction. 2.2.10 Providing contract administration services during the construction phase, should the substantial completion date be extended or if the construction contract time and working days for submittal of approved Final Payment request by the Contractor be extended by more than 30 days through no fault of the Consultant. 2.2.11 Providing such other professional services to the City relative to this Project which arise from subsequent circumstances and causes (excluding circumstances and causes resulting from error, inadvertence or omission of the 0000-204-MW-AIPMB 1lI1l193 idJ057 -12- '. Consultant) which do not currently exist or which are not contemplated by the parties at the time executing this Agreement. 2.2.12 Providing such services to the City in connection with the development of Revenue Bond issues, provided however that the Consultant will provide information and documents as may be required for the issuance and sale of bonds and as required further herein. 2.2.13 Preparing to serve or serving as an expert witness in connection with any public hearing, arbitration proceeding or legal proceeding. 2.3 RESPONSffiILITY FOR CLAIMS AND LIABILffiES 2.3.1 Approval by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant, his employee, sub-contractors, agents and consultants for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the City for a defect or omission in designs, working drawings, and specifications or other documents prepared by the Consultant, his employees, sub-contractors, agents and consultants. 2.4 SCHEDULE 2.4.1 The Consultant shall perform Basic and Additional Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement and the orderly progress of the work. The Consultant may submit 0000-204-MW-AIPMB 11/ 11/93 _7 -13- " to the City adjustments to this schedule made necessary by undue time taken by the City to approve the Consultant's submissions, and/or excessive time taken by the City to approve the work or parts of the work. The City shall not unreasonably refuse to approve such adjustment to the time schedule if the request is made in a timely manner and is fully justified. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Consultant. 2.4.2 The parties agree that the Consultant's services during all phases of this project will be performed in a manner which shall conform with the approved schedule. ARTICLE 3. THE CITY'S RESPONSmILITTF.~ 3.1 The City has provided Consultant with the Project goals and design elements as set forth in the RFLI and in Section 1.7 herein, and shall provide consistent with the foregoing described goals such additional requirements for the Project as may be necessary, including the items listed in Schedule A, including space requirements and relationships, flexibility and expendability, special equipment and systems and the site requirements. 3.2 The Consultant shall establish a Construction Cost Budget for the Water System portion of the Project, which may include contingencies for bidding, changes in the work during construction, and other costs which are the responsibility of the 0000-204-MW-AIPMB 11/11/93 ".,." -14- City, including those described in this Article 3 and in Article 4. The City shall, at the request of the Consultant, provide a statement of funds available for the Project, and their source. 3.3 The City Manager shall designate a representative defined as the City's Project Coordinator authorized to act in the City's behalf with respect to the Project. The City's Project Coordinator shall examine the documents submitted by the Consultant and shall transmit written decisions pertaining thereto promptly, to avoid unreasonable delay in the progress of the Consultant's services. The City shall observe the procedure of issuing orders to its contractors only through Consultant. 3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance counseling services as may be requested at any time for the Project, including such auditing services as the City may require to verify the Contractor's applications for payment or to ascertain how or for what purposes the Contractor uses the monies paid by or on behalf of the City. 3.5 If the City observes or otherwise becomes aware of any cause of defect in the Project or nonconformance with the Contract for Construction, prompt written notice thereof shall be given by the City to the Consultant. 3.6 The City shall furnish required information and services and render approvals and decisions in writing as expeditiously as necessary for the orderly progress of the Consultant's services and of the Work. No approvals required by City 0000-204-MW-AIPMB 11/ 11/93 ,."" -15- " during the various phases of the Project shall be unreasonably delayed or withheld; provided that City shall at all times have the right to approve or reject the proposed submission of Consultant on any reasonable basis. ARTICLE 4. CONSTRUCTION COST 4.1 RESPONSIBILITY FOR CONSTRUCTION COST 4.1.1 Consultant hereby represents to City, and Consultant is aware that City is relying on such representation in entering into this Agreement, that Consultant has the necessary resources and expertise to provide an Opinion of Probable Construction Cost for the Water System portion of the Project. Consultant further understands that the City will base the size of bond issue upon the Consultant's estimate of probable construction cost. 4.1.2 If the bidding phase has not commenced and advertisement for bid occurred within two (2) months after the Consultant submits the construction document to the City, the Construction Cost Budget shall be adjusted to reflect any change in the general level of prices in the construction industry between the date of submission of the Construction Documents to the City and the date on which proposals are sought, based on Engineering News Record (ENR) Construction Cost Index or other mutually acceptable methods. 0000-204-MW-AIPMB 11/ 11/93 .,,,'" -16- " 4.1.3 If the lowest bona fide base bid for water system improvements exceeds the Consultant's Opinion of Probable Construction Cost (adjusted as provided in Subparagraph 4.1.2) by more than ten percent (10%), the City Commission in its sole discretion, have any of the following options: (1) give written approval of an increase in the Construction Cost Budget, (2) reject all bids or proposals, authorize rebidding, or (if permissible) authorize a renegotiation of the Project within a reasonable time, (3) abandon the project and terminate in accordance with Section 11.4, (4) select as many deductive alternatives as may be necessary to bring the award within the Construction Cost Budget, or (5) cooperate with the Consultant in reducing the project scope and quality and construction schedule and sequence of work as required to reduce the construction cost. ARTICLE 5. REIMBURSABLE EXPENSES 5.1 Reimbursable expenses are in addition to the compensation for basic and additional services and include actual expenditures made by the Consultant and the Consultant's employees and sub-consultants in the interest of the Project for the expenses listed in the following paragraphs. All reimbursable expenses pursuant to this Article, except for those set forth in Sections 5.1.4, 5.1.5, and 5.1.6, must be authorized in advance by the City Manager or the City's Project Coordinator. An allowance for reimbursable expenses is established as a condition to 0000-204-MW-AIPMB 11/11/93 bDJS7 -17- '. this Agreement. Invoices or vouchers for reimbursable expenses shall be submitted along with supporting receipts, and other reasonable back-up material if requested by the City, by the Consultant to the City, and Consultant shall certify as to each such invoice that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Contract". Expenses subject to reimbursement in accordance with the above procedures are as follows: 5 .1.1 Expense of data processing and photograph production techniques when used in connection with additional services. 5.1.2 If authorized in advance by the City Manager or the City's Project Coordinator, expense of overtime work requiring higher than regular rates not caused by Consultant or part of Consultant's Basic Services, special consulting services, if any, or other services. 5.1. 3 Expense of any additional insurance coverage or limits requested by the City in excess of the insurance requirement set forth in Article 12. 5.1.4 Expense of transportation in connection with the Project; living expenses in connection with out-of-town travel; long distance communications; and fees paid for securing approval of authorities having jurisdiction over the Project. Consultant shall comply with the City's standards for reimbursable travel expenses. Travel within Dade County shall not be reimbursable. 0000-204-MW-AIPMB 11/ 11/93 ..,." -18- '. 5.1.5 Expense of reproduction, postage, overnight mail, delivery service, and handling of drawings, specifications and other documents, excluding reproductions for the office use of the Consultant and the Consultant's consultant. 5.1. 6 Aerial photography expenses. 5.1. 7 Computer time for Water System modeling, for Program Management financial/scheduling programs, and for computer aided design and drafting (CADD). ARTICLF. 6. CONSULTANT'S ACCOUNTING RECORDS 6.1 Records of reimbursable expenses and expenses pertaining to additional services and services performed on the basis of a multiple of direct personnel expense shall be kept on the basis of generally accepted accounting principles and shall be available to the City and the City's authorized representatives at mutually convenient times and location. ARTICLE 7. OWNERSHIP AND USE OF DOCUMENTS 7.1 All plans or drawings will be prepared and submitted by Consultant to City for approval. Working drawings will be prepared on Plate B tracing cloth or mylar drafting film or the equivalent, with all lettering in ink or pencil or press-type and clearly legible when the sheets are reproduced and reduced to half size. 0000-204-MW-AIPMB 11/11/93 .<JI'" -19- " 7,2 All documents including, but not limited to, tracings, drawings, estimates, specifications, investigations and studies completed or partially completed, shall become the property of the City without restriction or limitation on their use. However, such documents are not intended or represented to be suitable for reuse by City or others on extensions of the Project or any other project. Any such reuse without written verification or adaptation by Consultant for the specific purpose intended will be at City's sole risk and without liability or legal exposure to the Consultant. Consultant, its subconsultants, sub-contractors, agents or employees shall be liable to City for any loss or damage to any such documents while they are in possession of or while they are being worked upon by the Consultant or anyone connected with him. All documents so lost or damaged shall be replaced or restored by the Consultant at his sole expense. 7.3 Upon completion of the construction of the project, Consultant shall, within ninety (90) calendar days, following final inspection, deliver to the City the original contract working drawings and tracings, or mylar or sepia prints (3 mil), correct to post construction (as-built) conditions, to the City's Project Coordinator, including changes made during the course of the project by the Contractor. Consultant shall deliver the above documents to the City within (30) days of termination of this Agreement or termination or abandonment of the Project. 0000-204-MW-AIPMB 11/ 11/93 _7 -20- ARTICLE 8. TERMINATION OF AGREFMENT 8.1 RIGHT TO TERMINATE The City may terminate this Agreement for cause, upon notice to the Consultant in writing seven (7) days prior to termination, in the event that: (1) the Consultant wilfully violates any provisions of this Agreement or performs same in bad faith, or (2) unreasonable delays the performance of the Services,. Payment for Services performed shall then be made in accordance with Article 11 herein. THE CITY, IN ADDITION TO THE RIGHTS AND OPTIONS TO TERMINATE GIVEN ABOVE, OR ANY OTHER PROVISIONS SET FORTH IN THIS AGREEMENT, RETAINS THE RIGHT TO TERMINATE THIS AGREEMENT AT ITS SOLE OPTION AT ANY TIME FOR CONVENIENCE, WITHOUT CAUSE AND WITHOUT PENALTY, WHEN IN ITS SOLE DISCRETION IT DEEMS SUCH TERMINATION IS IN THE BEST INTEREST OF THE CITY. PAYMENT FOR SERVICE SATISFACTORILY PERFORMED AND FOR DELIVERY OF DOCUMENTS SHALL BE IN ACCORDANCE WITH SECTION 8.4 AND ARTICLE 11 HEREIN. The Consultant may terminate this Agreement for cause in the event that the City, acting through its Project Coordinator or otherwise, wilfully violates any provisions of this Agreement or unreasonably delays payment for the Services, upon written notice to the City thirty (30) days prior to termination. In that event, payment 0000-204-MW-AIPMB 11/11/93 """7 -21- for Services satisfactorily performed prior to the date of termination shall be made in accordance with Article 11 herein. The Consultant shall have no right to terminate this Agreement for convenience of the Consultant, without cause. 8.2 TERMINATION FOR CAUSE In the event this Agreement is terminated by City for cause, the City, acting through the City Manager, may take over the Consultant's Services and complete them, by contracting with another Consultant(s) or otherwise, and in such event, the Consultant shall be liable to the City for any additional cost incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of such incomplete Services and the cost of completion of such Services which would have resulted from payments to the Consultant hereunder had the Agreement not been terminated. Payment for Services satisfactorily performed by the Consultant prior to receipt of notice to Terminate for Cause, and accepted by the City, shall be made in accordance with Article 11 herein and City shall have no further liability for compensation expenses or fees to Consultant except as set out in Article 11. Upon receipt of written notice of termination, the Consultant shall, when directed by the City, promptly assemble and submit as provided herein or as required in the written notice hereunder, all documents including drawings, 0000-204-MW-AIPMB 11/11/93 .0'" -22- calculations, specifications, correspondence, and all other relevant materials affected by such termination. In the event of Termination for cause, no payments to the Consultant shall be made: (1) for Services not satisfactorily performed; and (2) for assembly of submittal of documents for the Services performed satisfactorily or unsatisfactorily. 8.3 TERMINATION FOR CONVENIENCE 8.3.1 NON EXCLUSIVE PROVISIONS In the event the City causes abandonment, termination or suspension of the Consultant's Services or parts thereof without cause as provided in Section 8.1 herein, the Consultant shall be compensated for all Services rendered up to the time of receipt of said abandonment, termination, or suspension, and for the assembly and submittal to the City of affected documents for the Services performed, in accordance with Article 11, and City shall have no further liability for compensation fees or expenses to consultant except as set forth in Article 11. 8.4 IMPLEMENTATION OF TERMINATION In the event of termination either for cause or for convenience, the Consultant, upon receipt of the notice of termination, shall: stop the performance of Services under this Agreement on the date and to the extent specified in the notice of termination; place no further orders or subcontracts except as may be necessary for completion of any portion(s) of the Services not terminated, and as authorized by the 0000-204-MW-AIPMB 11/ 11/93 iIm57 -23- . written notice; terminate all orders and subcontracts to the extent that they relate to the performance of the Services terminated by the notice of termination; transfer title to the City (to the extent that title had not already been transferred) and deliver in the manner, at the times, and to the extent directed by the City, all property purchased under this Agreement and reimbursed as direct item of cost and not required for completion of the Services not terminated; promptly assemble and submit as provided herein all documents for the services performed, including drawings, calculations, specifications, correspondence, and all other relevant materials affected by the termination; and complete performance of any Services as shall not have been terminated by the notice of termination. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 This Agreement shall be governed by the laws of the State of Florida. 9.2 As between the parties to this Agreement; as to all acts or failures to act by either party to this Agreement, any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than the relevant Date of Substantial Completion of the Work and the issuance of the temporary certificate of occupancy, and as to any acts or failures to act occurring after the relevant Date of Substantial Completion, not later than the date of issuance of the final Certificate of Payment. 0000-204-MW-AIPMB 11/ 11/93 ...." -24- 9.3 NON-SOLICITATION The Consultant warrants that it has not employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement; and that it has not paid, nor agreed to pay any company or other person any fee, commission, gift or other consideration contingent upon the execution of this Agreement. For breach or violation of this warranty, the City has the right to annul this Agreement without liability to the Consultant for any reason whatsoever. 9.4 LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of compensation payable pursuant to Paragraph A4 of Schedule A. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of compensation payable pursuant to Paragraph A4 of Schedule A. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for damages in an amount in excess of compensation payable pursuant to Paragraph 4A of 0Q00-204-MW-AIPMB 11/11193 """,7 -25- Schedule A, for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Florida Statutes, Section 768.28. 9.5 ARBITRATION All claims, disputes and other matters in question between the Consultant and the City arising out of, or relating to this Agreement, the Project, the Work, the Construction Documents or the breach thereof may, if both parties agree, be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association when obtaining as modified hereby. In the event that the Consultant wishes to request arbitration of any claim, dispute or other matter in question, the Consultant shall file a notice of request for arbitration in writing with the City specifically describing the claims, disputes and other matters in question which the Consultant wishes to submit to arbitration. The Consultant and City may not unilaterally elect arbitration or cause arbitration to occur. The City shall have the right, but not the obligation, by so electing in its arbitration request, to invoke the following method of selection of arbitrators in lieu of that otherwise provided by the American Arbitration Association Rules. If the City so elects in its notice of request for arbitration, the City may appoint one party- 0000-204-MW-AIPMB 111 11193 bm57 -26- appointed arbitrator in its notice of request for arbitration. If the City does so, the Consultant may, within ten (10) days, appoint a second party-appointed arbitrator. These two party-appointed arbitrators shall, within thirty (30) days, or such further time as may be agreed upon between the City and the Consultant, appoint a third arbitrators. If the party-appointed arbitrators fail to appoint a third arbitrator, the third arbitrator shall be appointed in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association. The City may elect in its notice of request for arbitration, to have the discovery rights and procedures provided by the Florida Rules of Civil Procedure to be available and enforceable within the arbitration proceeding. In any case in which the City elects to submit a claim, dispute, or other matter in question to arbitration as provided herein, the City shall, in its sole discretion, select the locale for the arbitration. Any request for arbitration hereunder shall be made before the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. Any award rendered by arbitrators shall be final and enforceable by any part to the arbitration, and judgment may be rendered upon it in accordance with applicable law in any court having jurisdiction thereof. Consultant and City mutually agree to arbitrate under the terms and 0000-204-MW-AIPMB 11/ 11/93 ;,,005, -27- conditions outlined in this Article. City agrees that, notwithstanding its right and discretion not to do so, it shall arbitrate, after the final completion of the work any claims which Consultant selects which total, in the aggregate, up to five thousand dollars ($5,000.00). City's obligation to arbitrate such claims totalling up to five thousand dollars ($5,000.00) shall be specifically enforceable by any party to the arbitration, and judgment may be rendered upon it in accordance with applicable law in any court having jurisdiction thereof. Unless otherwise agreed in writing, and notwithstanding any other rights or obligations of either of the parties under this Agreement, the Consultant shall carry on with the performance of its services and duties hereunder during the pendency of any claim, dispute, other matter in question or arbitration or other proceeding to resolve any claim, dispute or other matter in question, and the City shall continue to make payments to the Consultant in accordance with this Agreement, but the City shall be under no obligation to make payment to the Consultant on or against such claims, disputes, or other matters in question, during the pendency of any arbitration to other proceeding to resolve such claims, disputes or other matters in question. ARTICU: 10. EXTENT OF AGREEMENT 10.1 This Agreement represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representation or 0000-204-MW-AIPMB 11/ 11/93 ..,."., -28- agreements, either written or oral. This agreement may be amended only by written instrument signed by both City and Consultant utilizing the same formalities as were used for its adoption. ARTICLE 11. BASIS OF COMPENSATION 11.1 COMPENSATION FOR SERVICES 11.1.1 Consultant shall be compensated as set forth in Schedule A and Schedule B which are appended to this agreement and incorporated by reference herein. 11.1.2 For reimbursable expenses as described in Article 5, the Consultant shall be paid the exact amount expended by the Consultant and consultants in the interests of the project subject to the Consultant furnishing adequate documentation of the expenses and, it required, demonstrating to the satisfaction of the City that the expense was in the interest of the Project. 11.1.3 Payments will be considered due thirty (30) days from receipt of the City of a detailed statement or invoice. 11.2 PAYMENTS ON ACCOUNT OF BASIC SERVICES 11.2.1 Payments for Basic Services shall be made monthly upon presentation and receipt of Consultant's invoice or statement based on agreed percent completion of work. Payments for Resident Project Representative Service shall be invoiced 0000-204-MW-AIPMB 11/11/93 ..,.,7 -29- monthly. 11.3 PAYMENT ON ACCOUNT OF ADDffiONAL SERVICES 11.3.1 Payment on account of the Consultant's additional services as defined in Section 2.2 and for reimbursable expenses defined in Article 5 shall be made within forty-five (45) days of presentation of the Consultant's detailed statement or invoice of services rendered or expenses incurred which shall be rendered in duplicate to the City Manager. 11.4 PROJECT SUSPENSION OR TERMINATION 11.4.1 If the Project is suspended or abandoned in whole or in part for more than three (3) months, the Consultant shall be compensated for all services performed prior to receipt of written notice from the City of such suspension or such abandonment, together with reimbursable expenses then due. If the project is resumed after being suspended for more than three (3) months, the Consultant's compensation shall be equitably adjusted. ARTICLE 12. INSURANCE The Consultant shall comply throughout the term of this Agreement with the insurance stipulated herein. It is agreed by the parties that the Consultant shall not commence with this Project until proof of the following insurance coverage has been furnished to the City. The Consultant will maintain in effect the following QOOO.204-MW-AIPMB 11/ 11/93 UDJ57 -30- insurance coverages: (a) Architects and Engineers Professional Liability Insurance in the amount of Three Million ($3,000,000.00) Dollars annual aggregate on a claims made basis. If coverage is a claims made policy, Consultant shall provide City evidence of insurance coverage, which includes coverage for act or omissions during this Agreement, for a period of four (4) years after completion of work under this Agreement. This paragraph shall survive the termination of this Agreement. (b) Comprehensive General Liability Insurance in the amount of One Million ($1,000,000.00) Dollars Single Limit Bodily Injury and Property Damage coverage for each occurrence, which will include products, completed operations, and contractual liability coverages. The City must be named as an additional named insured on this policy. (c) Worker's compensation and employer's liability coverage within the statutory limits of the State of Florida. (d) Thirty (30) days prior written notice of cancellation or a substantial modifications in the insurance coverages must be given by the Consultant to the City Manager. (e) The insurance must be furnished by an insurance company rated A:X or better, or its equivalent, according to Bests' Guide Rating Book and must additionally be furnished by insurance companies duly authorized to do business in the State of 0000-204-MW-AIPMB 11/11/93 """51 -31- Florida and countersigned by the company's Florida resident agent. ARTICLE 13. INDEMNIFICATION 13.1 In consideration of a separate and specific consideration of $10.00 and other good and valuable consideration the receipt of which is hereby acknowledged, the Consultant hereby agrees to indemnify, defend and hold the City and its employees, agents and authorized representatives harmless with respect to any and all costs, claims, damages and liability which may arise out of the performance of this Agreement as a result of any negligent or wrongful act or omission of the Consultant, or the Consultant's sub-consultants, if any, or any other person or entity under the direction or control of Consultant. The Consultant shall pay all claims and losses of any nature whatsoever in connection therewith and shall defend all suits, in the name of the City, its employees, agents and authorized representatives when applicable, including appellate proceedings, and shall pay all costs, judgments and reasonable attorneys' fees which may issue thereon. ARTICLE 14. ADDmONAL CONDmONS 14.1 ASSIGNMENT The parties each hereby bind themselves, their successors, assigns and 0000-204-MW-AIPMB 11/11/93 """'7 -32- " legal representatives to each other with respect to the terms of the Agreement. Neither party shall assign, sell, pledge or otherwise transfer this contract or any portion thereof, without written authorization and consent of the other party to this Agreement. The parties agreed that the Consultant's services are unique in nature and that the Consultant may only receive such authorization by way of a City Commission resolution. 14.2 COMPLIANCE WITH ALL LAWS The Consultant, its consultants, agents and employees and sub- contractors, shall comply with all applicable federal, state and county laws, the charter, related laws and ordinances of the City of Miami Beach, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 14.3 VENUE This Agreement shall be enforceable in Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any and all of the terms and conditions herein exclusive venue for the enforcement of same shall lie in Dade County, Florida. Arbitration proceedings shall take place in Dade County, Florida. 0000-204-MW-AIPMB 11/11/93 """'7 -33- 14.4 NOTICES All written notices given to City by Consultant shall be addressed to the City Manager, City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, with a copy to the City Attorney, 1700 Convention Center Drive, Miami Beach, Florida 33139, and the designated Project Coordinator. All written notices from the City to the Consultant shall be addressed to the Consultants, Camp Dresser & McKee Inc., 800 Brickell Avenue, Suite 710, Miami, Florida 33131. All notices mailed by either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals , attested by their respective witnesses and City Clerk on the day and yearfirst hereinabove written. ATIEST: ~L,~ CITY CLERK CONSULTANT: CAMP DRESSER & McKEE INC. By: ~ ~&r 0000-204-MW-AIPMB 11/11/93 -34- fORM APP I LE By ED~ T. CWy&4'" 1/ /?-'?;> /'iJ """'7 Date " " ATIEST: ~~'~ . Corporate Secretary Richard M. Doherty (Type Name of Person Signing) 0000-204-MW-AIPMB 11/11/93 """'7 (Signature) Armando I. Perez, P.E. Vice President (Type name of Person Signing) CORPORATE SEAL -35- SCHEDJJLE A SCOPE OF SERVICES, COMPENSATION AND SCHEDULE November 22, 1993 CONSULT ANT shall provide the CITY professional engineering services in all phases of the project to which this agreement applies as hereinafter provided. These services will include serving as CITY'S professional engineering representative for the project, providing professional engineering consultation and advice, and furnishing customary environmental, civil, and other engineering services and other support services incidental thereto. PART 1- WATER SYSTEM IMPROVEMENTS PHASE I - SCOPE OF PREPARATION OF WATER SYSTEM MASTER PLAN INTRODUCTION A Water System Master Plan which fully evaluates the basic components of a city's potable water system, that is, supply, storage and distribution, is a necessary and valuable planning tool and one that will uncover weak spots and problem areas which, unknowingly, may have crept into the system over time, The recommended planning period is 20 years, divided into five year increments, beginning in 1995 and ending in 2015. The adequacy of existing facilities will be based upon present water consumption figures. Water demand projections will be made for subsequent five year intervals, that is 2000, 2005, 2010 and 2015. This approach develops both a long-range plan and provides for a five year planning and financing period for incremental improvements to the system. Careful tracking of the water demand projections may be used to vary the timing of the incremental improvements, provide for the most efficient use of water revenues and have a dampening effect in regard to the impact on the rate structure. MASTER PLAN OUTLINE The Master Plan Report, as a minimum, will address the following subject matter. As the Master Plan is prepared, additional subject matter, which is pertinent to the system, will be included. A. Introduction B. Basis of Planning C. Existing Water System Facilities D. Population Projections A-I 0000-204-MW-AIPMB SCOCOMPSA.RCM E. Analysis of Water Consumption Data F. Land Use, Zoning and Planning and Development Activities G, Water Demand Projections H. Analysis of Fire Flow Requirements 1. Comprehensive Hydraulic Analysis of Water Distribution System and Manifolded Wastewater Force Main System 1. Evaluation of Water System Components, Supply, Storage, and Distribution System K. Required and Recommended Improvements to the Water System L. Regulatory Issues M. Summary O. Conclusions and Recommendations MASTER PLAN REPORT ELEMENTS The following Master Plan Report work elements are intended to produce a planning document which will address the supply, storage, and water distribution system needs of the City of Miami Beach for a 20 year period, beginning in 1995. A. Existing Water System Facilities 1. Review of previous studies and reports relating to the planning and development of the water system. 2, Review of water system mapping. 3. Review of plans, specifications and record drawings. 4. Review of large user agreement for supply of water from the Miami-Dade Water and Sewer Authority Department 5. A history and narrative description of the water system. B, Population Projections I. Twenty year population projections and graphs taken from the Comprehensive Plan. C. Analysis of Water Consumption Data 1. Most recent three years of meter readings from master supply meter(s). 2. Most recent three years of customer meter readings/billing records. 3. Water consumption by category - single family residential, multi-family residential, commercial, public, and other. A-2 0000-204-MW-AIPMB SCQCOMPSA.RCM 4. Residential per capita consumption and citywide per capita consumption, 5. A study of unaccounted - for water. D, Land Use, Zoning and Planning and Development Activities I. Review of the comprehensive plan, 2. Discussions with Planning Department and development boards. 3. Identify proposed major re-development and development projects, commercial, hotel, condominium, other. E. Water Demand Projections 1. Project water demand at five year intervals, 1995, 2000, 2005, 2010 and 2015. 2. Determine annual average day, maximum day and peak hour demands. 3. Water demand by category, residential, commercial, public, and other. 4, Evaluate impacts of potential water conservation measures, water-saving plumbing devices, system pressure reduction, water restrictions and regulated days and times for irrigation, water reclamation and reuse. F. Analysis of Fire Flow Requirements I. Determine Fire Department requirements. 2. Determine required fire flows within specific city areas. 3, Special fire flow requirements, major buildings, large commercial developments, 4. Analysis of existing fire hydrant locations and major building fire service connections. G. Comprehensive Hydraulic Modeling of Water Distribution System 1. With the exception of special cases, use a minimum main size of 8 inches. 2. Model for present and future water demands, requires five primary model runs. 3. Input fire flow scenarios and determine impacts. A-3 0000-204-MW-AIPMB SCOCOMPSA.RCM 4. Identify problem areas within the distribution system, pressure, flow. 5. Comprehensive hydraulic modeling of the wastewater pump stations manifolded force main system. H. Evaluation of Water System Components 1. Modifications to the water supply large user agreement (if necessary). Assist the City in negotiations with the Miami-Dade Water and Sewer Authority Department. 2. Condition and capacity of existing storage facilities, need for additional capacity. 3. Booster pumping facilities, capacity, pressure, fire flows. 4. Distribution system piping, main strengthening, main replacement, main cleaning. 1. Required and Recommended Improvements to the Water System 1. Prioritized list of required improvements. 2. Prioritized list of recommended additional improvements. 3. Cost estimates for improvements and construction, schedule, near-term 5-year Capital Improvement Program in one year increments and long-term Capital Improvement Program in 5-year increments. J. Regulatory Issues 1. A brief synopsis of the Safe Drinking Water Act Regulations (highlights). 2. Water quality evaluations, lead and copper rule and microbiological considerations. 3. Review the use of and policy regarding backflow prevention devices, back flow prevention program and ordinance. K. Summary of Findings L. Conclusions and Recommendations DESCRIPTION OF HYDRAULIC MODELING OF WATER DISTRIBUTION SYSTEM A-4 OOOQ-204-MW-AIPMB SCOCOMPSA.RCM The hydraulic modeling of the City's water distribution system will be performed as an integral part of the water system master plan, The basic background data required for development of the model will be taken from relevant portions of the master plan. The hydraulic model will be developed and run in the following manner. A field inspection/verification of the water main system piping and pump stations will be conducted by CDM accompanied by City staff to confirm questionable, incomplete, or missing data. A comprehensive review of the operating records, such as pressure and flow recordings and pump run time, will be analyzed. Real time field data will be gathered in the form of system pressure checks and verification of tank water level elevations at key times and demands. This is accomplished by the installation of up to 12 remote system pressure monitor systems consisting of calibrated pressure gauges located on selected fire hydrants and recording hourly pressure readings at the above 12 locations over a 72-hour period at three different times or designated operating conditions. This data collection will be a joint effort between CDM personnel and City staff. The City will take a presently undetermined number of coupons from water mains in selected locations to determine the interior condition of the pipe. A scale schematic will then be developed showing all pertinent modeling data and locations of system components, including pipe length, diameter, pipe number, junction node number, and pump station identification. Subsequently, the base input data files for the KYPIPE program will be generated using the standard PIPEDATA pre-processor. The model will then be calibrated to the historical records and to the field data of pressures and flows around the City taken during the first phase. Once calibrated, steady-state simulations will be run to develop an envelope of operating conditions for each pump station, to implement proposed modifications and improvements to the pumping stations in the system, and to implement proposed modifications and improvements to the distribution piping in the system. Model runs will be made for each five year interval for which water demand has been projected. The recommended improvements to the water distribution system resulting from this analysis will be presented in a later section of the Master Plan. DESCRIPTION OF HYDRAULIC MODELING OF WASTEWATER FORCE MAIN SYSTEM The hydraulic modeling of the City's wastewater pump station force main system will be performed as an appendice to the Water System Master Plan. A technical memorandum with appropriate sketches, results of the hydraulic analyses, and budget costs will be prepared. The technical memorandum will provide a list, by pump station, of recommendations and improvements necessary to bring them into compliance with the requirements of the design flow and USEP A Consent Order with MDW ASAD and to refine the system operation for present and projected future conditions. The improvements may include strengthening the force main system in specific areas, as well as modifications to the pump stations beyond those A-5 0000-204-MW-AIPMB SCOCOMPSA,RCM modifications proposed in the pump stations upgrades project presently under design. This technical memorandum will include development and evaluation of possible contingency plans for the alternate delivery of wastewater to the M-DW ASAD Central District plant, or otherwise handling wastewater flows in the event of a failure of the 54 inch transmission main which crosses under Government Cut. Collect and review available data on the existing wastewater force main system including pipe size, material, age and appurtenances such as valves, bends and meters. The City will take a presently undetermined number of coupons from wastewater force mains in selected locations to determine the interior condition of the pipe and the condition of the pipe wall. Collect and review available data on the 23 wastewater pumping stations including pump type, make and model, age of equipment, pump curves, pump horsepower, efficiency rating, motor and variable speed drive data, wet well operating levels, NPSHR, and operating conditions, Develop a schematic showing all pertinent modeling data and locations of system components including pipe length, diameter, pipe number, junction node number and pump station rD. Detailed piping schematics for each pump station will be developed. Collect and review available data on the system discharge transmission main pipe including transmission main size, material, age, and appurtenances, interconnections, wastewater treatment plant influent water levels and characteristics. Conduct a field inspection and verification of the force main system piping and wastewater pump stations accompanied by City staff to respond to any questionable, incomplete or missing data. City staff will be requested to assist, as required, to determine areas in the City where the installed pipes may deviate from the conditions depicted on the sewer atlases, or in areas, where due to congestion or complexity of the piping, the actual configuration is unclear. If necessary, the City staff will be requested to uncover pipes, or use pipe locators to assist in the actual depiction of the pipe arrangement in the computer model. Confirm the tributary service area for each pumping station with respect to collection system, peaking factor, water demand, per capita flow, and peak flow, Water consumption data and projected water demands developed in the Water System Master Plan will be used. An assumption as to the design infiltration/inflow values will be made and reviewed by the City. Using the foregoing, generate the base input data file for the KYPIPE program using the standard PIPEDATA pre-processor. The hydraulic modeling and analysis of the force main system will include the following: Perform an analysis for each pumping station to ascertain hydraulic residence time and proper sizing, of the wetwell in consideration of design flows determine above. A-6 OOOQ-204-MW-AIPMB SCOCOMPSA.RCM Run steady-state simulations to develop an envelope of operating conditions for each pump station, Run steady-state simulations of proposed modifications and improvements to the pumping stations force main piping in the system, Each constant speed pumping station will be evaluated for compliance with the 10-hour average daily pump run time requirements as stated in the consent order between the USEPA and MDWASAD. PHASE II - FINAL DESIGN (A Detailed Scope of Services for the work generally described below will be prepared upon completion of Phase I). FINAL DESIGN AND PREPARATION OF PLANS. SPECIFICATIONS AND CONTRACT DOCUMENTS The Consultant will prepare the detailed final design for any project recommended by the Water System Master Plan which has been approved in writing by the City. The Consultant will prepare for incorporation in the Contract Documents, final drawings to show the general scope, extent, and character of the work to be furnished and performed by the Contractor(s) (hereinafter called "Drawings") and Specifications (which will be prepared in conformance with the sixteen-division format of the Construction Specifications Institute). The Consultant will provide technical criteria, written descriptions, and design data for City use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to approve the design of the project, and assist the City in consultations with appropriate authorities. The Consultant will advise City of any adjustments to the latest opinion of probable Total Project Costs caused by changes in general scope, extent, or character or design requirements of the project or construction costs. The Consultant will furnish the City with a revised opinion of probable Total Project Costs based on the drawings and specifications prepared by the Consultant. The Consultant will prepare for review and approval by the City, its legal counsel, and other advisors contract agreement forms, general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid, and instructions to bidders (all of which shall be consistent with the forms and pertinent guide sheets prepared by the Engineers Joint Contract Documents Committee), and assist in the preparation of other related documents. A-7 OOOQ-204-MW-AIPMB SCOCOMPSA.RCM , . The Consultant will furnish five copies of the above documents and of the drawings and specifications and present and review them in person with the City. The services to be furnished under this Phase do not include surveys or geotechnical explorations. PERMITTING SERVICES Construction of improvements to components of the water system will require obtaining construction permits from the FDEP and other regulatory agencies. The Consultant will prepare and submit on behalf of the City, all construction permit applications and respond to any resulting RFIs from the regulatory agencies. The City will pay all permit fees. BIDDING SERVICES The Consultant will assist the City in advertising for and obtaining bids for each separate prime contract for construction, materials, equipment, and services, by providing reproducible contract documents for the City's reproduction and bidding, The Consultant will issue addenda as appropriate to interpret, clarify, or expand the Bidding Documents, The Consultant will consult with and advise the City as to the acceptability of subcontractors, suppliers, and other persons and organizations proposed by the prime contractor(s) (hereinafter called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. The Consultant will consult with the City concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. The Consultant will attend the pre-bid conferences, bid openings, prepare bid tabulation sheets, and assist the City in evaluating bids or proposals. Pre-bid conference minutes will be prepared by the Consultant and delivered to the City ten days prior to the bid opening date. PHASE III - SERVICES DURING CONSTRUCTION (A detailed scope of work for the services generally described below will be prepared upon completion of Phase m. CONSTRUCTION CONTRACT AND PRE-CONSTRUCTION SERVICES After issuance of Notice of A ward by the City, the Consultant will assist the City in A-S 0000-204-MW-AIPMB SCOCOMPSA.RCM preparing the construction contract, request and review information from the Contractor(s), and advise the City of finalizing the contract for execution. The Consultant will arrange for a per-construction conference to be attended by the Contractor(s), the City, other interested parties, and representatives of the Consultant. Pre-construction conference minutes will be prepared and distributed to all attendees. The Notice to Proceed will be prepared by the Consultant via the City for issuance to the Contractor(s). ENGINEERING SERVICES DURING CONSTRUCTION The Consultant agrees to furnish engineering services during construction of improvements for which the drawings, specifications, and contract documents are to be prepared under a separate portion of this proposal. These services shall include the following tasks: Consult with and advise the City and act as its representative as provided in the General Conditions of the Construction Contract. Consult with and advise the City as to the acceptability of substitute materials and equipment proposed by the Contractor(s) when substitution is permitted by the Contract Documents. Make visits to the site at intervals appropriate to the various stages of construction to observe, as an experienced and qualified design professional, the progress and quality of the executed work of the Contractor(s) and to determine, in general, if such work is proceeding in accordance with the Contract Documents. During such visits and on the basis of on-site observations, the Consultant will keep the City informed of the progress of the work, will endeavor to guard the City against defects and deficiencies in such work, and may disapprove or reject work as failing to conform to the Contract Documents. Review and approve shop drawings and samples, the results of tests and inspections, and other data which the Contractor(s) is required to submit. Issue instruction of the City to the Contractor(s) and issue necessary interpretations and clarifications of the Contract Documents; have authority as the City's representative, to require special inspection or testing of the work; and act as initial interpreter of the requirements of the contract Documents pertaining to the execution and progress of the work. Review, negotiate, and approve all change orders submitted by the Contractor(s). Prepare three copies of Operating and Maintenance Manuals for the system that will be used by the City after construction is completed and accepted. A-9 0000-204-MW-AIPMB SCOCOMPSA.RCM Based on site observations as an experienced and qualified design professional and on review of application for payment and the accompanying data and schedules, determine the amounts owing to the Contractor(s) and recommend in writing, payments to the Contractor(s) in such amounts. Conduct an inspection to determine if the project is substantially complete, and a final inspection to determine if the work has been completed in accordance with the Contract Documents. Consultant shall prepare a set of reproducible record drawings showing the complete project as it is finally built (Le., "as built" drawings) from the information required to be provided by the Contractor(s). These shall be similar in scale and scope to the Contract Drawings, but shall include all occurrences and instances where the finished building differs from the Contract Drawings as a result of duly approved changes made during the construction of the project. Consultant shall furnish to the City an index and summary and copies of all warranty documents required to be furnished by the Contractor(s) under the Contract Documents. The index and summary shall list each of the warranties, indicating the term, conditions, and the purported legal enforcement and recourse rights of the City as indicated by the language in the warranty. RESIDENT ENGINEERING SERVICES If requested by the City or recommended by the Consultant, and both the City and Consultant agree in writing, a Resident Project Representative, assistants, and other field staff will be furnished by the Consultant and will act as directed by the Consultant in order to assist the Consultant in observing performance of the work of the Contractor(s). The Consultant agrees to prepare and submit periodic reports of the field staff describing the general working conditions, areas of construction activity, all tests performed, and special and unusual events. ADDITIONAL SERVICES Additional Services not covered under the basic scope and thus requiring additional compensation would include: o Securing of field testing equipment (e.g" pressure gages, metal detectors, etc.) o Computer modeling with a model other than the KYPIPE program. A-IO 0000-204-MW-AIPMB SCOCOMPSA.RCM . , o Geographic Information System (GIS) mapping. DATA TO BE PROVIDED BY CITY The city shall take a number of coupons from water mains in selected locations (to be specified by Consultant) to determine the interior conditions of these mains. The city's personnel shall, under guidance from Consultant, install up to 12 remote system pressure monitor systems consisting of calibrated pressure gages located at selected fire hydrants, City shall record hourly pressure at these locations over a 72-hour period at these different times or operating conditions to be designated by Consultant. City will provide the following information to Consultant: o Previous studies and reports on planning and development of water system. o Water system maps and atlases. o Water system plans, specifications and record drawings, as needed. o Updated copy of large user agreement for supply of water from Miami-Dade Water & Sewer Authority Department. o Copy of the Comprehensive Plan and supporting documents. o Most recent three years of meter readings from master supply meter(s). o Most recent three years of customer meter readings/billing records. o Unaccounted - for water information. o Proposed major re-development and development projects: commercial, hotel, condominium, other. o Information on any existing or proposed ordinances on potential water conservation measures, water-saving plumbing devices, system pressure reduction, water restrictions and regulated days and times for irrigation, water reclamation and reuse. o Fire Department requirements, including required fire flows within specific city areas, special fire flow requirements (e,g" for major buildings, large commercial developments). o Copies of infiltration/inflow data developed by the City. City shall accompany Consultant in field verifications to help respond to questions on A-ll 0000-204-MW-AIPMB SCOCOMPSA,RCM " questionable data. If necessary, City staff shall uncover pipes or use pipe locations to assist in actual depiction of pipe arrangement. COMPENSATION Compensation to the Consultant for Phase I services shall be a lump sum of $ 289. 775 , with invoicing to be conducted monthly using the percentage of completion basis. Compensation fees and methods for Phase II and III shall be mutually determined upon completion of the respective preceding phases, and implemented through an amendment to this Agreement subject to the approval of the City Commission. SCHEDULE The time of completion for Phase I will be 10 months (44 weeks) from receipt by consultant of a written authorization to proceed. This time period will provide for submittal of a final draft of the report to the City for review and comment at the end of the 39th week, a three week review period by City staff and two week period to incorporate City comments and print the final report. Schedules of completion for subsequent phases shall be mutually determined later and implemented through an Amendment to this Agreement. PART 2 - PROGRAM MANAGEMENT FOR INFRASTRUCTURE PROJECTS INTRODUCTION The City of Miami Beach has recently selected engineering consultants for three major infrastructure projects dealing with the wastewater collection system (gravity sewers) , the storm water drainage facilities and hydraulic modeling of the water distribution system. Specifically, these three projects are: 1. Wastewater Collection System Infiltration/Inflow Analysis and Mitigation 2. Stormwater Management Plan 3. Water Distribution System Network Analysis The City has since decided that the water distribution system network analysis should be expanded into a water system master plan which will provide a full and detailed evaluation of all components of the City's water system. The City has assigned this project to the Consultant. Additionally, the City selected the Consultant to conduct program management activities for these and other infrastructure projects the City has undertaken. During July 1993 the Consultant (under separate agreement) submitted a report to the City entitled "Pump Stations Upgrades, Preliminary Design Report". This report A-12 0000-204-MW-AIPMB SCOCOMPSA.RCM covered both the wastewater pump stations and the water system booster pump stations, On October 6, 1993 the City issued a notice to proceed for the final design of the upgrades to these pump stations. These designs are impacted to a greater or lesser degree by the wastewater and water system projects. In addition, the City has scheduled an extensive street reconstruction and resurfacing program. The FDOT is involved in some of the street reconstruction work. This project requires that the utilities within these streets: sewer, water and storm drains, be in a physical and capacity condition which will assure the new street surfaces will not have to be disturbed for an extended period of time. The interaction between the utility projects and the street projects requires careful and comprehensive program management to assure that all projects are fully coordinated and move smoothly and expeditiously to a satisfactory conclusion. This phase of program management also involves negotiation and coordination with FDOT in relation to replacement or upgrading of sewer and water mains, The cost impact of future improvements will be substantial. It is understood that improvements to the City's storm drainage system, recommended by the Stormwater Management Plan, will be financed by revenues derived from the stormwater utility. A bond issue will be used to finance required improvements to the water and sewer systems, including the pump station upgrades presently under design. Program management will result in a coordinated schedule of these improvements over time, This information may then be readily used in a detailed utility rate study which will determine the size of the bond issue that can be supported by the utility rate base. As the City's financial rate study consultant (with Rachlin & Cohen as a subconsultant), and under a separate Agreement, the Consultant envisions beginning the first phases of the rate study early in 1994. As the rate study data and project costs are developed this information will be passed to the City's fInancial consultant to assist in development of the bond program, Preparation of the Consulting Engineer's Report for the bond issue, together with engineering assistance to the financial consultants, will be an integral part of program management. PROGRAM MANAGEMENT TASKS The following is a partial list of tasks which would be performed by the program manager as integral parts of the overall infrastructure improvements program. This list is not meant to be all-inclusive. It includes those basic tasks which it appears, at this time, are necessary to attain the City's goal of management and coordination of the several important infrastructure improvement projects. The City would, of course, have the option to add tasks as the need arises and the course and content of the several projects is more clearly defined. The potential tasks which have been identified at this time are: o Review the scopes and schedules of the three utility projects and the streets A-13 OOOQ-204-MD-AIPMB SCOCOMPSC.RCM improvement project so that all projects are fully coordinated and meet the City's requirements. o Assist the City in monitoring the progress of the utility projects, particularly in relation to the streets improvement project. Some special utility designs may be necessary to allow a street project to move forward, o Provide advice to the City in regard to the recommended sewer renovation procedures resulting from the sewer system evaluation survey portion of the infiltration/inflow analysis. o Coordination of the scheduling and the results of the infIltration/inflow analysis and the required sewer renovation and replacement work with the ongoing design of the wastewater pump stations upgrades and the individual street improvement projects. o From the two utility projects (water and wastewater) and the pump station upgrades design review, evaluate and develop a list of recommended construction projects with estimated costs as input to a detailed utility rate study. This study would be used as the basis for determining the acceptable size of a bond issue to finance the improvements, o Provide to the City and its financial consultants all engineering data and information required in the development of the bond issue program, o Prepare the Consulting Engineer's Report for the bond issue. o At the City's request provide construction engineering and resident project representative services for utility construction projects. o Other project management tasks as deemed appropriate by the City. TASK 1- PROJECT MOBILIZATION AND DATA COORDINATION This task will consist of project mobilization and initial coordination with the City and its other consultants, to determine responsibilities and to develop a computerized preliminary performance schedule. The Consultant will review the scopes and schedules of the three utility projects so that they are coordinated in relation to each other and their impact on the City. These three schedules will be integrated with the streets improvement project, many segments of which are scheduled for the near future, such that all ncessary utility improvements are in place prior to street reconstruction or paving. The infiltration/inflow analysis of the City's gravity sewer system has a direct bearing on the wastewater pump station upgrades project currently under design. The III Analysis must be managed so as to produce as much preliminary information as possible in regard to potential reduction in I/I flows to the A-14 0000-204-MD-AIPMB SCOCOMPSC.RCM several wastewater pump stations being upgraded. This information will provide for more accurate sizing of pumps and motor horsepowers. COMPENSATION Compensation for Task I will be based on hourly bil1ing rates (per Schedule B) times hours spent by labor category, pitts reimbursable expenses, up to a maximum of $50,000 (fifty thousand dollars). Invoicing shall be on a monthly basis. Compensation for subsequent tasks shall be mutually determined upon completion of the preceding task, and implemented via Amendment to this Agreement. SCHEDULE Completion of Task I shall be within 300 days from receipt by Consultant of written authorization to proceed. Completion schedules for subsequent tasks shall be mutually determined upon completion of their preceding tasks, and set forth via Amendment to this Agreement. A-15 0000-204-MD-AIPMB SCOCOMPSC.RCM SCHEDULE B CONSULTANT HOURLY RATES FOR COMPENSATION CATEGORIES HOURLY RATES Professional Services Professional I $ 65.00 $ 80.00 Professional II Senior Professional $ 90.00 $100.00 Principal/Associates Officer $130.00 PROFESSIONAL SUPPORT SERVICES Staff Support Services $ 55.00 $ 70.00 Senior Support Services PROJECT SUPPORT SERVICES Project Administration $ 37.00 Note: Rates in effect as of November 10, 1993. Subject to City approval, rates will be adjusted on January 1 and July 1 of each year, based on evidence of higher costs to be submitted by Consultant. OOOQ-204-MW-AIPMB SCOCOMPB.RCM B-1 SCHEDULE C DUTIES AND RESPONSIBILITIES OF CONSULTANT'S RESIDENT PROJECT REPRESENTATIVE November 10, 1993 A. General Resident Project Representative will act as directed by and under the supervision of CONSULTANT, and will confer with other CONSULTANT staff regarding his actions. Resident Project Representative's dealings in matters pertaining to the on-site Work shall in general be only with CONTRACTOR, and dealings with Subcontractors shall only be through or with the full knowledge of CONTRACTOR. Written communication with CITY will be only through or as directed by CONSULTANT. B. DUTIES AND RESPONSffiILITIES Resident Project Representative will: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by CONTRACTOR and consult with other CONSULTANT staff concerning their acceptability. 2. Conferences: Attend preconstruction conferences. Arrange a schedule of progress meetings and other job conferences as required in consultation with other CONSULTANT staff and notify those expected to attend in advance. Attend meetings, and maintain and circulate copies of minutes thereof. 3. Liaison: a. Serve as CONSULTANT'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent and assist him in understanding the intent of the Contract Documents. Assist CONSULTANT in serving as CITY'S liaison with CONTRACTOR when CONTRACTOR'S operations affect CITY'S on-site operations. b. As requested by CONSULTANT, assist in obtaining from CITY additional details or information, when required at the job site for proper execution of the Work. 4. Shop Drawings and Samples: a. Receive and record date of receipt of Shop Drawings and samples, receive samples which are furnished at the site by CONTRACTOR, and notify other CONSULTANT staff of their availability for examination. b. Advise other CONSULTANT staff and CONTRACTOR or his superintendent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by the CONSULTANT. OOOQ-204-MW-AIPMB SCOCOMPC.RCM C-l , . 5. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to assist in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents. b. Report to other CONSULTANT staff whenever he believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or does not meet the requirements of any inspection, tests or approval required to be made or has been damaged prior to final payment; and advise when he believes Work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that CONTRACTOR maintains adequate records thereof; observe, record and report appropriate details relative to the test procedures and startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to other CONSULT ANT staff. 6. Interpretation of Contract Documents: Transmit to CONTRACTOR CONSULTANT'S clarifications and interpretations of the Contract Documents. 7. Modifications: Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report them with recommendations to other CONSULTANT staff. 8. Records: a. Maintain at the job site orderly f1les for correspondence, reports of job conferences, Shop Drawings and samples submissions, reproductions of original Contract Documents including all Addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Contract, CONSULTANT'S clarifications and interpretations of Contract Documents, progress reports, and other Project related documents. b. Keep a diary or log book, recording hours on the job site weather conditions, data relative to questions of extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, observations in general and specific observations in more detail as the case of observing test procedures. c. Record names, addresses and telephone numbers of all contractors, Subcontractors and major suppliers of materials and equipment. OOOQ-204-MW-AlPMB SCOCOMPC.RCM C-2 .. I 9. Reports: a. Furnish periodic reports as required of progress of the Work and CONTRACTOR'S compliance with the approved progress schedule and schedule of Shop Drawing submissions. b. Consult in advance of scheduled major tests, inspections or start of important phases of the Work. c. Report immediately upon the occurrence of any accident. 10. Payment Requisitions: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations noting particularly their relation to the schedule of values. Work completed and materials and equipment deliver at the site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed; and deliver material to CITY prior to final acceptance of the Work. 12. Completion: a. Before CONSULTANT issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. b. Conduct final inspection in the company of CITY and CONTRACTOR and prepare a final list of items to be completed or corrected. c, Verify that all items on final list have been completed or corrected and make recommendations concerning acceptance. C. LIMITATIONS OF AUTHORITY Except upon CITY'S written instructions, CONSULTANT: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. . 2. Shall not exceed limitations on CONSULTANT'S authority as set forth in the Contract Documents. OOOQ-204-MW-AIPMB SCOCOMPC.RCM C-3